ContractSolicitation

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

DEPT OF DEFENSE N6247325R3426
Response Deadline
Apr 2, 2026
2 days left
Days Remaining
2
Until deadline
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

NAVFACSYSCOM Southwest for the Department of the Navy, within the Department of Defense, is seeking an unrestricted multiple-award IDIQ construction contract for new construction, renovation, and repair of commercial and institutional facilities using alternative construction methods at government installations in the western United States. The work includes design-build or design-bid-build projects involving ACM approaches such as modular components, offsite prefabricated industrial construction, tension fabric structures, and pre-engineered metal or fiber reinforced panel buildings. Evaluation is organized into a two-phase design-build process that weighs technical approach, experience, past performance, safety, technical solution, small business participation, and price, with most anticipated work in California and a base contract term of two years plus three one-year options. The solicitation is electronic only, proposals are submitted through the DoD PIEE Solicitation Module, late submissions are not considered, and the effort is estimated at over $5 billion with up to eight awards and task orders generally ranging from $15 million to $250 million.

Classification Codes

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

Solicitation Documents

10 Files
Solicitation Amendment 0005 N6247325R34260005 SF 30.pdf
PDF593 KB3/27/2026
AI Summary
Amendment N6247325R34260005 modifies a solicitation, extending the offer receipt deadline and providing responses to Requests for Information (RFIs) along with revised Exhibit B documents. This amendment, dated November 18, 2025, from NAVFAC Southwest in San Diego, CA, emphasizes that offerors must acknowledge receipt of this amendment by completing specific items, acknowledging on each offer copy, or sending a separate communication. Failure to acknowledge may result in rejection of the offer. The document also details procedures for changing an already submitted offer due to the amendment. It outlines general conditions for modifications to contracts or orders, specifying authorities for change orders, administrative changes, supplemental agreements, or other modifications. All other terms and conditions of the original solicitation remain unchanged.
Solicitation Amendment 0002 N6247325R34260002 SF 30.pdf
PDF586 KB3/27/2026
AI Summary
Amendment 0002 to Solicitation N62473-25-R-3426, issued by NAVFACSYSCOM SOUTHWEST, extends the proposal due date to October 28, 2025, at 1400 PT. This amendment also revises the "Instructions to Offerors" and the "Financial Questionnaire," and provides responses to Requests for Information (RFIs) for an IDIQ UNRESTRICTED MACC for construction and renovation in various states. Key changes include adding a definition for "ACM Vendor" and modifying the submission requirements for the Financial Questionnaire. Proposals must be submitted electronically via the DoD PIEE Solicitation Module, with late submissions not being considered. Offerors are responsible for timely and correctly formatted submissions.
Solicitation Amendment 0004 N6247325R34260004 SF 30.pdf
PDF579 KB3/27/2026
AI Summary
Amendment N6247325R34260004 extends the proposal due date for Solicitation N6247325R3426 to December 4, 2025, at 1400 Pacific Standard Time. This modification, issued by NAVFACSYSCOM SOUTHWEST, revises the original response due date of November 18, 2025. Offerors must acknowledge receipt of this amendment through specified methods, such as completing items 8 and 15 on the amendment form, acknowledging it on their offer copies, or submitting a separate letter or electronic communication. Failure to acknowledge the amendment by the revised deadline may result in the rejection of offers. All other terms and conditions of the original solicitation remain unchanged.
RFI Log -ACM MACC 18 November 2025.pdf
PDF212 KB3/27/2026
AI Summary
The government solicitation N62473-25-R-3426, concerning an Indefinite Delivery Indefinite Quantity Unrestricted Multiple Award Construction Contract for Alternative Construction Methods (ACM), addresses various clarifications and requests for information from contractors. Key points include: definitions and usage of ACM and ACM vendors, subcontractor experience limitations, financial questionnaire submission procedures, project experience criteria (relevancy period, cost threshold, and types of facilities), acceptance of Cross Laminated Timber (CLT) as ACM, requirements for Design-Build and EPC projects, and compliance with Davis-Bacon Act for offsite fabrication. The document also clarifies proposal submission details, such as the non-requirement of a Material Safety Data Sheet, the evaluation of CPARS ratings, and the process for UFC waivers. Restrictions on firms assisting NAVFAC in RFP development are clarified as only applying to specific task orders. The proposal due date was extended to December 4, 2025.
Exhibit B - Experience - Designer - ACM MACC.docx
Word30 KB3/27/2026
AI Summary
Exhibit "B" (N62473-25-R-3426) is a Design Experience Project Data Sheet for design firms, part of a federal government RFP. It requires firms to submit up to five relevant projects, each not exceeding two pages, to demonstrate experience. The form collects detailed information about the design firm, its relationship to the offeror, and its meaningful involvement in the contract. It also requires specifics about the design contract, including project number, title, location, award and completion dates, estimated construction cost, contract type, and customer details. A key component is a detailed description of the project, its relevance to the RFP requirements, and specifics regarding any Architectural, Engineering, and Construction (AEC) methods used, including impact on budget, schedule, and logistics. This document is crucial for evaluating a design firm's qualifications and experience in the context of government solicitations.
Exhibit B - Experience - Offeror - ACM MACC.docx
Word30 KB3/27/2026
AI Summary
Exhibit “B” outlines the Construction Experience Project Data Sheet for Offerors responding to RFP N62473-25-R-3426. This form requires Offerors to submit up to five relevant construction projects to demonstrate their experience, with each project limited to two pages. The form collects detailed information including the Offeror's role (prime, subcontractor, joint venture), project specifics like contract number, title, location, award/completion dates, and financial details (award amount, final price). It also asks for the type of contract (Design-Build, Design-Bid-Build) and customer information (name, POC). Crucially, Offerors must provide a detailed description of the project, its relevancy to the RFP requirements, and a description of any Alternative Construction Methods (ACM) used, including their impact on budget, schedule, and logistics. This exhibit ensures that only firms with meaningful involvement in the described projects, as detailed in Exhibit “A”, are considered, emphasizing the importance of relevant and well-documented construction experience for the evaluation process.
RFI log -ACM MACC 25 November 2025.pdf
PDF215 KB3/27/2026
AI Summary
The document is a compilation of Requests for Information (RFIs) and corresponding government responses related to Solicitation N62473-25-R-3426, an Indefinite Delivery Indefinite Quantity Unrestricted Multiple Award Construction Contract (MACC) for projects utilizing Alternative Construction Methods (ACM) across several Western states. Key themes include clarification on subcontractor experience, particularly concerning ACM vendors, financial questionnaire submission requirements, and definitions of terms like "ACM Vendor." The document also addresses project eligibility criteria, such as completion dates, cost thresholds, and the definition of "100% complete" projects. Other significant points include the acceptance of Cross Laminated Timber (CLT) as an ACM, the equivalency of Engineer Procure Construct (EPC) to Design-Build, and the application of Davis-Bacon Act wages to offsite fabrication facilities. The government consistently clarifies its requirements, often maintaining original solicitation criteria regarding experience, project value, and completion timelines, while providing extensions to proposal due dates and confirming certain procedural aspects.
Solicitation Amendment 0001 N6247325R3426 SF 30.pdf
PDF606 KB3/27/2026
AI Summary
This amendment revises Request for Proposal (RFP) N62473-25-R-3426 for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for new construction, renovation, and repair using Alternative Construction Methods (ACM) across California, Arizona, Nevada, Utah, Colorado, and New Mexico. The purpose is to update instructions to offerors, revise the financial questionnaire, and provide responses to requests for information (RFIs). Key changes include a revised definition for "ACM Vendor" and modified proposal submittal requirements for Phase One, specifically regarding the submission of the Financial Questionnaire and the VETS-4212 Report. The contract, with an estimated maximum value of $5 billion over five years (two base, three option years), will award up to eight IDIQ contracts. Task orders will range from $15 million to $250 million, with a minimum guarantee of $1,000 per awardee. The document outlines procedures for task order issuance, competition, and proposal requirements, including technical factors and selection criteria like experience, safety, technical solution, energy and sustainable design, and past performance. It also details administrative data, such as roles of the Procuring Contracting Officer (PCO), Administrative Contracting Officers (ACOs), and Contracting Officer's Representative (COR), and emphasizes compliance with federal regulations concerning subcontracting, wage requirements, and employment eligibility verification.
RFI log -ACM MACC 26 Sept 2025.pdf
PDF158 KB3/27/2026
AI Summary
This document compiles Requests for Information (RFIs) for Solicitation N62473-25-R-3426, a Navy Indefinite Delivery Indefinite Quantity construction contract for projects utilizing Alternative Construction Methods (ACM). Key clarifications include subcontractor experience conflicting with offeror experience requirements, the definition and role of "ACM Vendor" as a major subcontractor, and permissible methods for submitting financial questionnaires. The Navy confirmed Cross Laminated Timber (CLT) as an acceptable ACM but maintained the existing limit of five projects for Factor 2 experience. The relevancy period of seven years and the minimum project cost of $15 million for ACM projects remain unchanged despite contractor requests for extensions and reductions. Additionally, it was clarified that a Material Safety Data Sheet is not required for submission.
Solicitation Amendment 0003 N6247325R34260003 SF 30.pdf
PDF585 KB3/27/2026
AI Summary
Amendment N6247325R34260003 extends the proposal due date for Solicitation N6247325R3426 to November 18, 2025, at 14:00 Pacific Standard Time. This modification, issued by NAVFACSW, revises the original October 28, 2025, deadline. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging on each offer copy, or sending a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the new deadline may result in the rejection of the offer. All other terms and conditions of the original solicitation remain unchanged.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 12, 2025
amendedAmendment #1Sep 26, 2025
amendedAmendment #2Oct 6, 2025
amendedAmendment #3Oct 21, 2025
amendedAmendment #4Nov 13, 2025
amendedAmendment #5Nov 18, 2025
amendedAmendment #6Nov 20, 2025
amendedAmendment #7Nov 25, 2025
amendedLatest AmendmentMar 27, 2026
deadlineResponse DeadlineApr 2, 2026
expiryArchive DateMar 27, 2027

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE NAVY
Office
NAVFACSYSCOM SOUTHWEST

Point of Contact

Name
Shane Mahelona

Official Sources