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
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 ATLANTIC, is soliciting proposals for a Multiple Award Construction Contract (MACC) for Design-Build (DB) and Design-Bid-Build (DBB) new construction, renovation, alteration, and repair projects. These large general, industrial, and waterfront construction projects will primarily be located at Portsmouth Naval Shipyard (PNSY), Kittery, ME, and Norfolk Naval Shipyard (NNSY), Portsmouth, VA, in support of the Shipyard Infrastructure Optimization Program (SIOP). The estimated magnitude of construction for this IDIQ is $25,000,000 to $100,000,000. Proposals are due April 23, 2026.
Scope of Work
The MACC encompasses heavy waterfront and industrial building type projects, including dry docks, wharves, piers, bulkheads, industrial facilities, utilities, and infrastructure, covering both vertical and horizontal construction. Contractors will be responsible for all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation. The "seed" project for this MACC is the B60 Nuclear Containments Production Facility Consolidation at PNSY, Kittery, Maine, involving a major overhaul and renovation of Building 60, including an interior elevator tower. Detailed specifications for this seed project are provided in Attachments I and J (Specifications Volumes 2 and 3), and drawings in Attachments K, L, M, and N (Drawings Volumes 1a, 1b, 2a, 2b).
Contract Details
- Contract Type: Multiple Award Construction Contract (MACC), Indefinite Delivery Indefinite Quantity (IDIQ).
- Awards: Up to five (5) awards are anticipated.
- Period of Performance: November 23, 2026, to November 22, 2031 (5 years).
- Estimated Magnitude: $25,000,000 to $100,000,000.
- NAICS Code: 237990, Other Heavy and Civil Engineering Construction, with a size standard of $45,000,000.
- Set-Aside: Unrestricted basis with Full and Open Competition.
- Small Business Subcontracting Targets: Overall targets are Small Business (SB) - 40%, HUBZone SB - 3%, Service-Disabled Veteran-Owned Small Business (SDVOSB) - 5%, Small Disadvantaged Business (SDB) - 5%, Woman-Owned Small Business (WOSB) - 9%. A minimum of 20% small business participation is required for Factor 3 evaluation.
Submission & Evaluation
Proposals must be submitted electronically via the PIEE Solicitation Module. The solicitation is a Request for Proposal (RFP) and will be evaluated based on price and non-price factors, including Corporate Experience, Safety, Management Approach, Schedule, Small Business Utilization, and Past Performance. A tradeoff process will be used for award, emphasizing best value. A bid bond of 20% of the total project bid price or $3M, whichever is less, is required. Performance and Payment Bonds are required within 10 calendar days after award. Offerors must provide CMMC unique identifiers (UIDs) in their proposals, affirming continuous compliance with CMMC Level 1 (Self) or higher.
Key Documents & Amendments
The solicitation has undergone several amendments. Amendment 0009 (March 19, 2026) extended the proposal due date to April 23, 2026, and included responses to Pre-Proposal Inquiries (PPIs) and associated revisions to numerous drawings and specification sections, including the price schedule. Earlier amendments addressed site visit information (February 5, 2026), updated FAR clauses, and clarified small business participation requirements. Bidders must use the most current versions of all documents, especially the revised price schedule (Att. T) and specifications (Att. I, J) and drawings (Att. K, L, M, N) as updated by Amendment 0009.
Contact Information
Primary Point of Contact: Weston Polen (weston.c.polen.civ@us.navy.mil, 757-322-4749). Secondary Point of Contact: Edward FLINT (edward.d.flint.civ@us.navy.mil).