Y--IDIQ MULTIPLE AWARD CONSTRUCTION CONTRACT FOR FACILITIES PRIMARILY LOCATED WITH THE AREA OF RESPONSIBILITY OF NAVFAC MIDLANT,PWD NEW LONDON,CT AND PWD,NEWPORT, RI.
ID: N4008516R3016Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, USA

PSC

CONSTRUCT OF STRUCTURES/FACILITIES (Y)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    Presolicitation DEPT OF DEFENSE is seeking an 8(a) set-aside Design-Build / Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC) for activities within the mid-Atlantic region of the United States including support to Naval Submarine Base New London, CT and Naval Station Newport, RI. The contract is limited to certified 8(a) firms and has a duration of one year with four one-year option periods. The estimated construction cost for all contracts is not to exceed $95,000,000.00 for the life of the contract. The initial project to be awarded is miscellaneous repairs to Naval Submarine Support Facility Buildings at Naval Submarine Base New London, CT. The NAICS Code is 236220.

    Point(s) of Contact
    Philip Cole (757) 341-1970 Philip Cole Philip.j.cole@navy.mil (757) 341-1970
    Files
    No associated files provided.
    Similar Opportunities
    MACC for DB/DBB new construction, renovation, alteration and repair for large general, industrial and waterfront construction projects primarily located at PNSY, Kittery ME and NNSY, Portsmouth VA in support of SIOP
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM ATLANTIC), is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on new construction, renovation, alteration, and repair projects primarily at the Portsmouth Naval Shipyard (PNSY) in Kittery, Maine, and the Norfolk Naval Shipyard (NNSY) in Portsmouth, Virginia. The contract encompasses a range of general, industrial, and waterfront construction projects, with an estimated construction magnitude between $1,000,000 and $50,000,000. This procurement is critical for supporting the Strategic Integrated Operations Plan (SIOP) and ensuring the operational readiness of naval facilities. Interested firms must submit their proposals via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with all inquiries directed to Weston Polen at weston.c.polen.civ@us.navy.mil or by phone at 757-322-4749. The solicitation ID has been updated to N62470-26-R-0012, and all proposals must adhere to the outlined requirements and deadlines specified in the attached documents.
    Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services for NAVFAC Mid-Atlantic's Marine Corps Installations (MCI) East AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Mid-Atlantic, is seeking qualified contractors for a Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for general construction services at Marine Corps Installations (MCI) East, covering North and South Carolina. The procurement aims to award approximately five Firm Fixed Price (FFP) contracts, with a total estimated construction cost not exceeding $975 million over five years, focusing on projects ranging from $25 million to $150 million, including the initial seed project, the P-1538 SOF Armory at Camp Lejeune, NC. This initiative is critical for enhancing military infrastructure and ensuring compliance with safety and environmental regulations. Proposals are due by 2:00 PM local time on September 23, 2025, and interested parties can contact James Godwin at james.a.godwin41.civ@us.navy.mil or 757-341-1999 for further information.
    Y--IDIQ SB MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF VARIOUS FACILITIES AT PUBLIC WORKS DEPARTMENT (PWD) ANNAPOLIS, PAX RIVER, SOUTH POTOMAC AND ROICC ANDREWS NAVFAC WASHINGTON AOR
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Washington, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for new construction, repair, and renovation of various facilities at the Public Works Department (PWD) locations, including Annapolis, Pax River, South Potomac, and ROICC Andrews. The procurement involves providing comprehensive services such as repairs, renovations, new construction, and alterations to shore facilities and utilities, with work potentially extending to any NAVFAC location within the Continental United States. This contract is crucial for maintaining and enhancing the operational capabilities of government facilities, ensuring they meet current standards and requirements. Interested contractors can reach out to Frank G. Decker at frank.g.decker.civ@us.navy.mil or Tre'von Taylor at trevon.r.taylor2.civ@us.navy.mil for further information.
    Small Business Construction MATOC
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is soliciting proposals for a Small Business Construction Multiple Award Task Order Contract (MATOC) valued at $90 million, aimed at providing construction services across its Area of Responsibility. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will support military and interagency projects, including sustainment, restoration, modernization, and new construction, with task orders ranging from $500,000 to $10 million. The MATOC is critical for ensuring timely execution of construction needs in a climate of uncertain funding and compressed timelines, while also promoting competition among small businesses. Interested parties can contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at Erin.E.Bradley@usace.army.mil for further information, with the contract ordering period set for five years.
    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.
    Small Business Construction MATOC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers New England District, is soliciting proposals for a Small Business Construction Multiple Task Order Contract (MATOC). This procurement aims to engage small businesses in the construction of various commercial and institutional buildings, as outlined under NAICS code 236220, with a focus on the construction of miscellaneous buildings. The MATOC is crucial for supporting the Army's infrastructure needs within the North Atlantic Division Area of Responsibility, ensuring that qualified small businesses can contribute to essential construction projects. Interested parties should contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil for further details, as this opportunity is set aside exclusively for small businesses under FAR 19.5 regulations.
    Design Build – NAPS Looney Plaza Replacement, NAVAL STATION NEWPORT, NEWPORT, RI.
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for the design and construction of the Looney Plaza Replacement at Naval Station Newport, Rhode Island. The project involves the demolition of the existing brick paver and quartz tile system and the installation of a new concrete plaza designed to eliminate trip hazards and provide a safe muster area for Naval Academy Preparatory School (NAPS) students, while adhering to Low Impact Development (LID) strategies for stormwater management. This opportunity is part of a Local Area Set-Aside and is reserved for qualified contractors under the Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for the New London, CT/Newport, RI areas. Interested parties should contact Stefan Nassaney at stefan.nassaney@navy.mil or call 401-841-4443 for further details, with proposals due by December 18, 2025.
    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.
    DBB BUILDING 171 MACHINE SHOP REPAIRS, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for repairs to Building 171 Machine Shop at the Norfolk Naval Shipyard in Portsmouth, Virginia. The project, estimated to cost between $10 million and $25 million, involves extensive repairs and modernization efforts, including roof repairs, structural strengthening, electrical upgrades, and life safety enhancements, critical for supporting subsurface machine shop overhaul work for nuclear aircraft carriers and submarines. Proposals will be evaluated on a Lowest Price Technically Acceptable basis, with a completion deadline of 630 calendar days from the award date, anticipated for February 10, 2026. Interested contractors must submit their proposals by January 14, 2026, and can direct inquiries to Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil or Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.
    Repair Auditorium, McAllister Hall at the U.S. Coast Guard Academy New London, CT (New London County) Project No. 30134899
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the repair of the auditorium in McAllister Hall at the U.S. Coast Guard Academy in New London, Connecticut, under Project No. 30134899. The project involves comprehensive renovations, including the replacement of flooring, seating, tables, wall wainscoting, and dividers, with an estimated contract value between $500,000 and $1,000,000. This opportunity is a Total Small Business Set-Aside, emphasizing the importance of small business participation in federal contracting. Interested bidders must submit their proposals by January 6, 2026, at 2:00 PM, and are encouraged to attend a site visit on December 16, 2025, with RSVP required by December 15, 2025. For further inquiries, contact Teresa Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil.