P-222: DBB MQ-25 AIRCRAFT LAYDOWN FACILITIES, NSN, VA
ID: N4008525R2639Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MID-ATLANTICNORFOLK, VA, 23511-0395, 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 Mid-Atlantic, is seeking qualified contractors for the P-222 project, which involves the construction of MQ-25 aircraft laydown facilities at Naval Station Norfolk, Virginia. The procurement focuses on commercial and institutional building construction, specifically requiring RF shielded systems, including Xalon RF X25 panels and specialized doors that meet stringent performance and safety standards. These materials are critical for ensuring the facilities meet operational requirements for RF/EMI shielding and compliance with relevant building codes. Interested vendors must submit a capabilities statement by January 6, 2026, at 2:00 PM EST, and can contact Catharine Keeling at catharine.a.keeling@navy.mil or 757-341-0150 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Naval Facilities Engineering Systems Command is seeking qualified small business firms for the P-222 project, constructing MQ-25 Aircraft Laydown Facilities at Naval Station Norfolk, Virginia. This sources sought notice aims to determine market capabilities before potentially setting aside the contract for small businesses, particularly those owned by service-disabled veterans, women, or located in HUBZones. The project entails significant construction, estimated between $100 million and $250 million, including site preparation, utility relocation, and facilities that meet Department of Defense standards for efficiency and lifecycle cost. Firms must provide details about bonding capacity and relevant construction experience, focusing on projects with a similar scope, size, and complexity. Responses are due by April 11, 2025, and must comply with specified requirements to be considered. This notice showcases the government's efforts to ensure competitive participation among eligible businesses while highlighting the anticipated needs for military infrastructure enhancements.
    This document is a Sources Sought Information attachment, likely part of a Request for Information (RFI) or a similar pre-solicitation notice from a government entity. Its primary purpose is to gather detailed company information from potential contractors to understand their capabilities and business characteristics. The attachment requests identifying details such as company name, contact information, NAICS codes, CAGE code, and business size/preference (e.g., Small Business, Veteran-Owned, Large Business). It also asks for the number of employees, annual revenue, typical contracting role (Prime, Subcontractor, Joint Venture), and current SAM database registration status. This information helps the government assess market capabilities, identify potential bidders, and tailor future solicitations.
    This Sources Sought Notice is a market research tool for the P222 MQ-25 Aircraft Laydown Facilities at Naval Station Norfolk, Virginia, specifically seeking suppliers for RF shielded systems. The notice emphasizes that Shielding Resources Group (SRG) is the only known manufacturer capable of providing the required ULTRA-RF/A with Enhanced Performance Package and Xalon RF X25-RF/EMI Panels, as other suppliers acquire these products from SRG. The designer of record has deemed SRG's products critical for meeting design requirements. This is not a request for proposal, and no solicitation, specifications, or drawings are available. Interested vendors are requested to submit a brief capabilities statement (max 5 pages, 4MB attachment) by January 6, 2026, at 2:00 PM EST, demonstrating their ability to provide the specified products.
    The document outlines a Contractor Information Form used for federal procurement processes, specifically for sources sought notifications. It is designed for contractors to submit essential details about their business, including their Unique Entity Identifier (UEI), CAGE Code, company name, and contact information. Additionally, contractors must specify their business type by selecting from various classifications such as SBA certified firms, Veteran Owned, and Woman Owned Small Businesses. The form captures critical bonding capacity information, requiring the contractor to provide the name of their surety along with the maximum bonding capacity for individual projects and the aggregate amount. A section at the bottom allows contractors to provide further clarifications, but it strictly states that the content of the form should not be altered. This form serves as a streamlined means for the government to gather uniform information from potential contractors aiming to participate in federal or local government contracts and grants. It underscores the importance of compliance with various business certifications and financial capabilities in the procurement process.
    The SOURCES SOUGHT – PROJECT INFORMATION FORM is a structured document designed for contractors to provide details about projects relevant to government announcements. It facilitates the submission of information for up to five projects, each limited to two pages. Key sections include contractor identification, project specifics such as contract numbers and completion dates, descriptions of the work type (new construction, repair, renovation), and the contractor's role (prime or subcontractor). Contractors must indicate their self-performance percentage and provide a detailed project description. This form is integral to federal RFPs and local/state grant procurements, enabling the government to assess contractor qualifications and project experience. By requiring thorough documentation, it ensures that only capable contractors are considered for federal and local projects, enhancing transparency and accountability in procurement processes. The emphasis on comprehensive project information underscores the importance of experience and the qualifications required for bidding on government contracts.
    This government file details specifications for a specialized door, including its construction, frame, and associated hardware. The door assembly consists of a solid core door and a steel frame, with options for specific finishes and dimensions. Key components include a mechanical latching system and a commercial-grade, full-surface security hinge that meets ADA accessibility guidelines and UL fire safety standards. The document outlines requirements for the door’s accessibility, fire rating, and overall durability, emphasizing compliance with American with Disabilities Act (ADA) and other relevant building codes. Options for various door finishes and hardware configurations are also provided, ensuring the door can be customized to specific operational and aesthetic needs. This file is intended for use in federal government RFPs, federal grants, and state/local RFPs, providing detailed technical requirements for door procurement.
    The document outlines the specifications for Xalon RF/EMI Shielding Systems, specifically the Xalon RF X25 panels, for use in government projects. It details the product's general requirements, including labor, materials, and equipment for installation, and proper storage conditions. The X25 panels are custom or rectangular, measuring up to 4' x 8' with a ¼" thickness, a fluted cardboard core, and a silver finish of 2 mil and 5 mil aluminum foil on opposite sides. Designed for interior application, they come with a 1-year warranty on workmanship. Key performance metrics include an NRC of .35 for acoustical performance, a Class C incombustibility rating per ASTM E84, and detailed shielding effectiveness against various frequencies (10 KHz to 40 GHz) when installed with 4" wide EC tape. The panels utilize 5 mil aluminum conductive tape for joint sealing, have an R-value of 1 for ¼" thickness, and boast 100% recycled content (93% post-consumer). Installation requires approved contractors to follow reflected ceiling plans and elevation drawings, using standard 15/16” ceiling grids, screws, adhesive, or PVC track, as detailed in Xalon drawings. All work must be professional, and debris must be removed.
    Similar Opportunities
    P-222: DBB MQ-25 AIRCRAFT LAYDOWN FACILITIES, NSN, VA
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is seeking qualified contractors for the construction of the DBB MQ-25 Aircraft Laydown Facilities in Norfolk, Virginia. This procurement falls under the NAICS code 236220, focusing on commercial and institutional building construction, and aims to establish essential facilities for the MQ-25 aircraft operations. The project is critical for enhancing naval aviation capabilities and ensuring operational readiness. Interested parties should contact Catharine Keeling at catharine.a.keeling@navy.mil or call 757-341-0150 for further details, and are encouraged to review the attached sources sought information for additional requirements.
    P475 Aircraft Maintenance Hangar
    Dept Of Defense
    The Department of Defense, through NAVFAC SYSCOM Mid-Atlantic, is soliciting proposals for the construction of the P475 Aircraft Maintenance Hangar at Marine Corps Air Station Beaufort, South Carolina. This project involves the design and construction of a multi-story hangar compliant with F-35B Joint Strike Fighter specifications, featuring high bay spaces, administrative areas, and a Special Access Program Facility (SAPF), along with a multi-level parking facility for approximately 400 vehicles. The hangar is critical for supporting aircraft maintenance operations and ensuring secure handling of classified materials. Proposals are due by February 5, 2026, at 2:00 PM, with an estimated project value between $100 million and $250 million. Interested parties can contact Amber Stovall at amber.k.stovall.civ@us.navy.mil or call 757-341-0146 for further information.
    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.
    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.
    FX74 Strategic Airlift Hangar, Naval Station Rota, Spain
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic, is preparing to issue a Request for Proposal (RFP) for the construction of the FX74 Strategic Airlift Hangar at Naval Station Rota, Spain. This project involves a Design-Bid-Build, Firm Fixed Price contract to construct a 7,861-square-meter maintenance hangar designed for C-5 and C-17 aircraft, which will include essential features such as fire suppression systems, utilities, pavements, site improvements, and support facilities. The construction is critical for enhancing airlift capabilities and must comply with Department of Defense Unified Facilities Criteria and antiterrorism/force protection standards. The estimated contract value ranges from $25 million to $100 million, with a performance period of approximately 630 days. Interested contractors must register with the System for Award Management (SAM) and, for contracts exceeding 500,000 euros, with the Spanish Ministry of Finance's Register of Bidders. For further inquiries, contact Stacy Mitchell at stacy.l.harper-mitchell.civ@us.navy.mil or Kathleen Delashmitt at kathleen.a.delashmitt.civ@us.navy.mil.
    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.
    DESIGN-BUILD P1678 NATO JFCNF PHASE II INTERIM MODULAR FACILITY, NSA NORFOLK, VA
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the Design-Build project of the P1678 NATO JFCNF Phase II Interim Modular Facility at NSA Norfolk, Virginia. This procurement aims to construct a facility valued between $100 million and $250 million, utilizing a two-phase selection process that evaluates technical approaches, past performance, and safety measures in Phase I, followed by technical solutions and pricing in Phase II for selected offerors. The project is critical for enhancing NATO operations and requires contractors with substantial experience in various construction types and robust safety plans. Interested parties must submit their proposals, including a completed Past Performance Questionnaire and relevant documentation, by the specified deadlines, with inquiries directed to Kristy Gerrek at kristy.gerrek@navy.mil or Amanda Bricker at amanda.l.bricker.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.
    F35 3-Bay Hangar at Ebbing ANGB, Fort Smith, AR.
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of a 25,000 square foot, 3-bay aircraft maintenance hangar at Ebbing Air National Guard Base in Fort Smith, Arkansas, to support the F-35 aircraft. This project is categorized under full and open competition and will utilize a best value trade-off procurement method as outlined in FAR Part 15. The construction magnitude is estimated to be between $25 million and $100 million, with a NAICS code of 236220 for Commercial and Institutional Building Construction. Proposals are due by January 27, 2026, and interested parties can contact Melissa Hyslop at melissa.d.hyslop@usace.army.mil or by phone at 918-669-7670 for further information.
    FY24 MCON PROJECT P-859, CONSOLIDATED HEADQUARTERS PHASE II, U.S. NAVSUPPACT, MCB GUAM
    Dept Of Defense
    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.