Design-Build (DB) Barracks Initiative (Package #1), Marine Corps Air Station (MCAS) Cherry Point, North Carolina

SOL #: N4008526R0053Special Notice

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM MID-ATLANTIC
NORFOLK, VA, 23511-0395, United States

Place of Performance

Cherry Point, NC

NAICS

Commercial and Institutional Building Construction (236220)

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Jan 15, 2026
2
Last Updated
Mar 27, 2026
3
Action Date
Jan 23, 2026, 10:00 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 Department of the Navy, NAVFACSYSCOM MID-ATLANTIC, is soliciting proposals for a Design-Build (DB) Barracks Initiative (Package #1) at Marine Corps Air Station (MCAS) Cherry Point, NC. This project involves the demolition of five Bachelor Enlisted Quarters (BEQ) buildings and the construction of new billeting to support 1,440 personnel in 720 two-person rooms. The contract will be a Firm Fixed-Price (FFP) award, with an estimated magnitude exceeding $500,000,000. Proposals are due April 3, 2026.

Project Scope

The scope includes the comprehensive design and construction of replacement BEQ facilities. This encompasses the demolition of five existing BEQ buildings and the provision of new billeting capacity for 1,440 personnel. The new facilities will feature community and service core areas such as laundry, vending, multi-purpose rooms, kitchens, and administrative offices. Additionally, the project requires a recreation shelter with amenities, site improvements including roadways, parking, fire lanes, sidewalks with lighting, concrete dumpster pads, and site amenities like covered picnic shelters, fire pits, and HIIT areas. The design approach is a Design-Build RFP following a Standard Design Approach.

Contract Details

  • Contract Type: Firm Fixed Price (FFP) Construction Contract
  • Magnitude of Construction: Over $500,000,000
  • NAICS Code: 236220 (Commercial and Institutional Building Construction)
  • Small Business Size Standard: $45,000,000
  • Period of Performance: 1461 calendar days for completion after award.
  • Compensatory Stipend: $200,000 for unsuccessful Phase II participants.

Submission & Evaluation

This is a two-phase Design-Build procurement.

  • Phase I: Evaluation focuses on Factors 1-4: Technical Approach (Acceptable/Unacceptable), Corporate Experience, Safety, and Past Performance. The recency requirement for construction and design experience has been extended to fifteen (15) years from the RFP issuance date (per Amendment 0001).
  • Phase II: Selected offerors will submit proposals for Factors 5-6 (Technical Solution, Small Business Utilization and Participation) and Price. Award will be made to the responsible Offeror whose proposal represents the best value, with non-price factors (Factors 2-6) combined being significantly more important than price. Proposals must be submitted electronically via PIEE. A bid bond (SF-24) of 20% of the total project bid price or $3M, whichever is less, is required. CMMC Level 1 (Self) requirements are included.

Eligibility & Key Dates

  • Set-Aside: Unrestricted (Full and Open Competition).
  • Proposal Due Date: April 3, 2026, at 02:00 PM local time.
  • Pre-Proposal Inquiries (PPIs): Due 14 calendar days prior to the proposal due date. No additional PPIs for Phase I will be accepted after Amendment 0001.
  • SAM Registration: All prospective offerors must be registered in the System for Award Management (SAM). Large business concerns must submit a subcontracting plan prior to award.

Contact Information

All correspondence regarding this solicitation should be directed via email to Brittany Cristelli at brittany.n.cristelli.civ@us.navy.mil.

People

Points of Contact

Brittany CristelliPRIMARY
Mary PoolSECONDARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 6
Solicitation
Posted: Mar 27, 2026
View
Version 5
Solicitation
Posted: Mar 4, 2026
View
Version 4
Pre-Solicitation
Posted: Feb 10, 2026
View
Version 3
Special Notice
Posted: Jan 29, 2026
View
Version 2Viewing
Special Notice
Posted: Jan 20, 2026
Version 1
Sources Sought
Posted: Jan 15, 2026
View