Dahlgren Multiple Award Construction Contract (MACC)

SOL #: N0017826R0003RFPSolicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NSWC DAHLGREN
DAHLGREN, VA, 22448-5154, United States

Place of Performance

Dahlgren, VA

NAICS

Industrial Building Construction (236210)

PSC

Maintenance Of Government Owned Government Operated (Gogo) R&D Facilities (Z1HB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 11, 2026
2
Last Updated
Apr 1, 2026
3
Submission Deadline
Apr 10, 2026, 3:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Naval Surface Warfare Center Dahlgren Division (NSWCDD) is soliciting proposals for a Multiple Award Construction Contract (MACC) Indefinite Delivery/Indefinite Quantity (IDIQ). This Total Small Business Set-Aside aims to provide facility repairs and renovations across various NSWCDD locations. The total available capacity for this MACC is $42,000,000.00 over a 5-year ordering period. Proposals are due April 20, 2026, at 11:00 AM EST.

Scope of Work

This follow-on requirement covers facility repairs, renovations, upgrades, and nonstructural construction at NSWCDD Dahlgren, VA; the Naval Observatory; Pumpkin Neck Annex Explosive Experimental location in King George, VA; NSWC facilities at Wallops Island, VA; and Naval Observatory, Washington D.C. Work will not exceed Category II of NAVFAC Engineering & Construction Bulletin Issue No. 2006-04. The scope includes all management, labor, material, equipment, transportation, supervision, and environmental/quality controls for maintenance, sustainment, repair, and minor construction projects. Specific Task Orders (TOs) will define individual project requirements.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP) Multiple Award Indefinite Delivery/Indefinite Quantity (MAC IDIQ).
  • Period of Performance: 5-year ordering period, from February 2, 2027, to February 1, 2032.
  • Estimated Value: Total MACC capacity is $42,000,000.00, shared among all contract holders. Individual task orders will range from $500.00 to $7,000,000.00.
  • Pricing: Firm Fixed Price for all Task Orders.

Eligibility & Evaluation

  • Set-Aside: This is a Total Small Business Set-Aside.
  • Location Requirement: The Prime Contractor's primary facility must be located within 100 miles of NSWCDD in Dahlgren, VA.
  • Key Personnel: The Program Manager is the only required key personnel for proposal submission. While individual experience for the PM is mandatory, it will not be an award evaluation factor.
  • Evaluation Factors: Proposals will be evaluated based on Prior Experience and Past Performance, which will be weighted equally. The government intends to award to all qualifying offerors with technically acceptable proposals; price will not be evaluated.
  • Submission Requirements: Offerors must demonstrate they are a responsible source. The Staffing Matrix (Exhibit D) is no longer required for the base award proposal but will be needed at the Task Order level.

Key Dates & Submission

  • Proposal Due Date: April 20, 2026, at 11:00 AM EST.
  • Submission Method: Proposals must be submitted electronically via DoD Safe Access File Exchange (SAFE).
  • Contact Information:

Amendments & Notes

This solicitation has been amended (Amendment 0001) to extend the proposal due date and clarify various sections, including evaluation factors (Section M), submission requirements (Section L), and the removal of the Staffing Matrix from the base proposal. Questions and Answers (Q&A) have also been issued, providing further clarifications. Bidders should review all amendments and Q&A documents for complete and updated information. Prevailing wage rates for Virginia (Exhibit B) and Washington D.C. (Exhibit C) are provided, along with Contract Data Requirements List (CDRLs) in Exhibit A and a Quality Assurance Surveillance Plan (QASP) in Attach J.1.

People

Points of Contact

Sheila H. BallardSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 2Viewing
Solicitation
Posted: Apr 1, 2026
Version 1
Solicitation
Posted: Mar 11, 2026
View
Dahlgren Multiple Award Construction Contract (MACC) | GovScope