FY24 MCON PROJECT P-859, CONSOLIDATED HEADQUARTERS PHASE II, U.S. NAVSUPPACT, MCB GUAM
ID: N6274226R1304Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM PACIFICJBPHH, HI, 96860-3134, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)
Timeline
    Description

    The Department of Defense, through the NAVFACSYSCOM PACIFIC, is seeking qualified contractors for the FY24 MCON Project P-859, which involves the construction of a secure Phase 2 space at the Consolidated Headquarters located at U.S. NAVSUPPACT, Marine Corps Base Guam. This project encompasses various construction elements, including architectural, fire protection, electrical, telecommunications, HVAC, and collateral equipment, with an estimated contract value between $10 million and $25 million and a completion period of approximately 423 calendar days. The procurement is open to U.S. companies with a valid Top Secret clearance, and interested firms must submit specific certifications and non-disclosure agreements to gain access to the Request for Proposal (RFP) documents, which will be available on the SAM.gov website. For further inquiries, interested parties can contact Jacqueline Sivongxay at jacqueline.y.sivongxay.civ@us.navy.mil or by phone at 808-603-4464.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a certification form for U.S. companies responding to Request for Proposal (RFP) N62742-26-R-1304, related to the FY24 MILCON P-859, Consolidated Headquarters PHII, U.S. NAVSUPPACT, MCB Finegayan, Guam project. To qualify, companies must certify their status as a U.S. Company with an active Top Secret Facility Clearance Level. Key requirements include having corporate headquarters in the U.S., filing corporate and employment tax returns in the U.S. for a minimum of two years (if required) and providing an IRS business tax transcript, employing U.S. citizens in key management positions, and possessing an active Top Secret Facility Clearance Level. The form requires company details such as name, address, phone, SAM UEI, CAGE Code, and state of incorporation, along with a signature, printed name, title, and date, affirming the accuracy of the information provided.
    This document, Attachment (2) to RFP N62742-26-R-1304 for the FY24 MILCON P-859 Consolidated Headquarters PHII project in Guam, is a "CERTIFICATION OF U.S. CITIZEN" form. It requires U.S. companies bidding on the project to provide proof of U.S. citizenship for an individual, along with their Social Security Number and a signed Non-Disclosure Agreement (Attachment 3). Acceptable proofs of citizenship include a copy of a U.S. Passport, Birth Certificate, Certificate of Citizenship, or Certificate of Naturalization. The form emphasizes the accuracy and completeness of the submitted information. This certification is a mandatory component for eligibility in this federal government Request for Proposal.
    The document, "CERTIFICATION OF U.S. CITIZEN" for RFP N62742-26-R-1304, FY24 MILCON P-859, CONSOLIDATED HEADQUARTERS PHII, U.S. NAVSUPPACT, MCB FINEGAYAN, GUAM, outlines the requirements for U.S. companies to certify their citizenship. To prove U.S. citizenship, applicants must provide one of four acceptable documents: a copy of a U.S. Passport, a Birth Certificate (if born in the U.S.), a Certificate of Citizenship (or FS-240, DS-1350 if born outside the U.S.), or a Certificate of Naturalization. Additionally, a Non-Disclosure Agreement (Attachment 3) must be completed and signed. By signing the certification, the company agrees that the provided information is accurate and complete. This document is crucial for ensuring compliance with federal contracting requirements for the specified military construction project.
    This document is an Authorized Use and Non-Disclosure Agreement (NDA) for RFP No. N62742-26-R-1304, pertaining to the FY24 MILCON P-859, Consolidated Headquarters PHII project at U.S. NAVSUPPACT, MCB Finegayan, Guam. The agreement outlines strict conditions for handling "Restricted Use Information," specifically NAVFAC Specifications and Drawings (SPECS AND DRAWINGS) related to the project. This information is classified as Controlled Unclassified Information (CUI), Critical Infrastructure Security Information, Federal Contract Information (FCI), and Covered Defense Information (CDI). Recipients are limited to disclosing the SPECS AND DRAWINGS within their organization to personnel with a "need to know" who have also signed an NDA and U.S. Citizen Certification. The use of these documents is restricted to proposal preparation unless a contract is awarded. The agreement prohibits unauthorized disclosure and mandates the destruction of all SPECS AND DRAWINGS and derivative works if a contract is not awarded, with compliance to DFARS safeguarding and incident reporting requirements. The document emphasizes penalties for non-compliance and clarifies that its provisions do not supersede existing statutes or executive orders related to classified information or whistleblower protections.
    Similar Opportunities
    Multiple Award Construction Contract (MACC) - Large Scale Military Projects
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract will encompass general construction services, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The selected contractors will be responsible for a variety of construction tasks, including new construction, renovation, and demolition of facilities supporting military operations. Interested parties must submit both price and non-price proposals by January 14, 2026, with inquiries directed to Holly Snow at holly.r.snow.civ@us.navy.mil or Molly Lawson at Molly.e.lawson.civ@us.navy.mil.
    P1556 10th Marines Maintenance and Operations Complex, Marine Corps Base (MCB) Camp Lejeune, North Carolina
    Dept Of Defense
    The Department of Defense, through NAVFAC Mid-Atlantic, is soliciting proposals for the P1556 10th Marines Maintenance and Operations Complex project at Marine Corps Base Camp Lejeune, North Carolina. This Design-Bid-Build (DBB) opportunity involves the construction of a multi-building complex, including warehouses, maintenance shops, and covered storage areas, with an estimated construction cost ranging from $25 million to $100 million. The project is critical for supporting the operational needs of the 1st and 2nd Battalions, 10th Marines, and emphasizes compliance with various environmental and safety regulations, including a minimum of 20% small business participation. Proposals are due by November 4, 2025, at 2:00 PM local time, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    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
    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.
    DB/DBB, IDIQ Multiple Award Construction Contract (MACC) Large Projects Hampton Roads AOR, VA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is conducting market research to identify eligible small businesses for a Design-Build/Design-Bid-Build Indefinite Delivery/Indefinite Quantity Multiple Award Construction Contract (MACC) for large projects in the Hampton Roads Area of Responsibility, Virginia. This contract will encompass a variety of construction services, including new construction, demolition, repair, alteration, and renovation of various facilities, with an estimated total construction cost of up to $975 million over five years. Interested small businesses must demonstrate relevant experience as prime contractors on projects valued at $30 million or more, with specific requirements for bonding capacity and project complexity. Responses are due by January 2, 2026, and should be submitted electronically to Ashlee Beggs at ashlee.r.beggs.civ@us.navy.mil.
    Military Construction Project (MILCON) P1080 Design-Bid-Build, Power Reliability and Water Resiliency Upgrades, Portsmouth Naval Shipyard, Kittery, Maine
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Atlantic, is soliciting proposals for the Military Construction Project (MILCON) P1080, which focuses on Design-Bid-Build upgrades for power reliability and water resiliency at the Portsmouth Naval Shipyard in Kittery, Maine. The project aims to enhance the electric and water utility systems that support nuclear-powered submarines and associated facilities, involving significant infrastructure improvements such as power distribution upgrades, energy storage, and new water main installations. This procurement is critical for ensuring the operational readiness and safety of naval operations, with a project magnitude exceeding $500 million. Interested contractors must submit their proposals by February 10, 2026, and can direct inquiries to Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil or Edward Flint at edward.d.flint.civ@us.navy.mil for further information.
    Q-1075 SOF Operations Building Addition and Renovation, NAS Oceana Dam Neck Annex, Virginia Beach, Virginia
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the Q-1075 SOF Operations Building Addition and Renovation project at Naval Air Station Oceana, Dam Neck Annex, Virginia Beach, Virginia. This project involves constructing a two-story addition and renovating Building 368, with an estimated contract value ranging from $10 million to $25 million and a completion timeline of 912 calendar days. The procurement is part of an Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) aimed at large general construction projects in the Hampton Roads area, emphasizing the importance of adhering to specific security requirements and construction phases. Proposals are due by January 15, 2026, at 2:00 PM EST, and interested parties should direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    P215 Joint Interagency Task Force - S
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking contractors for a Design-Bid-Build (DBB) fixed-price construction contract for the P215 Joint Interagency Task Force – South Command and Control Facility in Key West, Florida. The project involves constructing a five-story facility that includes specialized spaces such as a Sensitive Compartmented Information Facility (SCIF), Operations Center, and Network Operations Center, along with robust mechanical and electrical systems designed to withstand Category 5 hurricane conditions. This procurement is significant for enhancing operational capabilities and security for the JIATF-S, with a project magnitude estimated between $250 million and $500 million. Interested contractors must ensure they are registered with the System for Award Management (SAM) and are encouraged to contact Sheila Borges or Lindsay Betteridge for further information, with proposals due no earlier than 30 days after the solicitation is released, which will be available on Sam.gov.
    MACC for DB/DBB new construction, renovation, alteration and repair for large general, industrial and waterfront construction projects primarily located at PNSY, Kittery ME and NNSY, Portsmouth VA in support of SIOP
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Atlantic, is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on new construction, renovation, alteration, and repair projects primarily at the Portsmouth Naval Shipyard in Kittery, Maine, and the Norfolk Naval Shipyard in Portsmouth, Virginia. The contract aims to support significant general, industrial, and waterfront construction projects, with an estimated construction magnitude ranging from $1,000,000 to $50,000,000. This procurement is crucial for maintaining and upgrading naval facilities, ensuring they meet current operational and safety standards. Interested contractors should direct inquiries to Weston Polen at weston.c.polen.civ@us.navy.mil or call 757-322-4749, and must submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by the specified deadlines.
    Repair BEQ AS4211
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is soliciting proposals for the Repair BEQ AS4211 project located at Marine Corps Air Station (MCAS) New River in North Carolina. This project, estimated to cost between $10 million and $25 million, involves extensive renovations and upgrades to various building systems, including the installation of a new fire alarm and mass notification system, as well as improvements to infrastructure such as parking lots and sidewalks. Only a select group of seven General MACC Contractors are eligible to submit proposals, with a proposal submission deadline set for January 14, 2025, and a completion timeline of 730 days post-award. Interested contractors should contact Brandi Porche at brandi.l.porche.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details and to ensure compliance with all requirements outlined in the solicitation documents.