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

SOL #: N6247325R3426Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVFACSYSCOM SOUTHWEST
SAN DIEGO, CA, 92132-0001, United States

Place of Performance

Place of performance not available

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Miscellaneous Buildings (Y1JZ)

Set Aside

No set aside specified

Timeline

1
Posted
Sep 12, 2025
2
Last Updated
Mar 27, 2026
3
Submission Deadline
Nov 18, 2025, 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 SOUTHWEST, is soliciting proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Unrestricted Multiple Award Construction Contract (MACC). This opportunity focuses on new construction, renovation, and repair of commercial and institutional facilities utilizing Alternative Construction Methods (ACM) across California, Arizona, Nevada, Utah, Colorado, and New Mexico. The procurement uses a two-phase design-build selection procedure with the intent to award up to eight (8) contracts. Proposals are due December 4, 2025, at 1400 Pacific Standard Time.

Scope of Work

This MACC covers a broad range of construction services, including new builds, renovations, and repairs, employing both design-build and design-bid-build methods. A key requirement is the use of Alternative Construction Methods (ACM), such as modular components, offsite prefabricated industrial construction, tension fabric structures, and pre-engineered metal or fiber reinforced panel buildings. While the scope spans six states, the majority of work is anticipated in California. Cross Laminated Timber (CLT) is confirmed as an acceptable ACM.

Contract Details

This is an unrestricted, full and open competition solicitation, though a price evaluation preference will be given to HUBZone Small Business concerns. The basic contract period is two years, with three one-year option periods, for a total maximum duration of five years. The estimated combined value for all awarded contracts is over $5,000,000,000. Task orders will be firm fixed-price, ranging from $15,000,000 to $250,000,000, with a minimum guarantee of $1,000 per awardee. The NAICS code is 236220 (General Construction) with a $45 million size standard.

Evaluation Criteria

Selection will be based on a best-value determination using a two-phase design-build selection procedure, without discussions.

  • Phase One evaluates: Factor 1 - Technical Approach, Factor 2 - Experience, Factor 3 - Past Performance, and Factor 4 - Safety.
  • Phase Two evaluates: Factor 5 - Technical Solution (based on Proposed Task Order 0001), Factor 6 - Small Business Participation, and Factor 7 - Price (based on Proposed Task Order 0001). For Factor 2 (Experience), offerors must submit up to five relevant projects, with a relevancy period of seven years and a minimum construction cost threshold of $15 million. Large businesses generally cannot use subcontractor experience for this factor unless specific exceptions apply.

Key Updates & Submission Requirements

Multiple amendments and RFI logs have clarified submission requirements. Proposals must be submitted electronically via the DoD PIEE Suite. Key revisions include:

  • ACM Vendor Definition: A subcontractor or supplier whose primary role is the fabrication, assembly, and/or installation of ACM.
  • Financial Questionnaire: Offerors can submit directly to the Navy, signed by an authorized representative and supported by a letter from their financial institution.
  • Exhibits B: Revised forms for Offeror and Designer Experience are crucial for Factor 2.
  • Cybersecurity: NIST SP 800-171 compliance is required at the time of bid submission. CMMC or CUI will not be required for the Phase II seed project.
  • MSDS: Material Safety Data Sheets are not required for offer submissions. Offerors are responsible for checking the website daily for any further amendments.

People

Points of Contact

Britney Machado-PotestioSECONDARY

Files

Files

Download
View
View
View
View

Versions

Version 9
Solicitation
Posted: Mar 27, 2026
View
Version 8
Solicitation
Posted: Nov 25, 2025
View
Version 7
Solicitation
Posted: Nov 20, 2025
View
Version 6
Solicitation
Posted: Nov 18, 2025
View
Version 5
Solicitation
Posted: Nov 13, 2025
View
Version 4Viewing
Solicitation
Posted: Oct 21, 2025
Version 3
Solicitation
Posted: Oct 6, 2025
View
Version 2
Solicitation
Posted: Sep 26, 2025
View
Version 1
Solicitation
Posted: Sep 12, 2025
View
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 | GovScope