N4008525R2639 DESIGN-BID-BUILD P-222: MQ-25 AIRCRAFT LAYDOWN FACILITIES, NAVAL STATION NORFOLK, NORFOLK, VA

SOL #: N4008525R2639Solicitation

Overview

Buyer

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

Place of Performance

Norfolk, VA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Miscellaneous Buildings (Y1JZ)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 22, 2025
2
Last Updated
Mar 25, 2026
3
Submission Deadline
Mar 31, 2026, 6:00 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-Bid-Build (DBB) construction project (P-222) for MQ-25 Aircraft Laydown Facilities at Naval Station Norfolk, Norfolk, VA. This project involves new construction, renovations, and infrastructure upgrades to support MQ-25 unmanned aircraft operations. The acquisition is being conducted on an unrestricted basis with full and open competition.

Scope of Work

The project encompasses the construction of a two-story annex to an existing hangar (Building LP48), a Ground Based Detection and Avoidance (GBDAA) System radar tower, and extensive renovations to the existing LP48 hangar. Key deliverables include:

  • New Construction: A two-story annex with maintenance shops, secured storage, Unmanned Carrier Aviation Mission Control System (UMCS) spaces, Weapons Training Unit (WTU) operational trainer, Aerial Refueling Storage (ARS) Workcenter, and mission equipment support areas. A GBDAA System radar tower with electrical and fiber optic tie-ins.
  • Renovations: Upgrades to the existing LP48 hangar, including tool rooms, battery charging/storage spaces, an RCS Shelter, Command functions, and a stair/catwalk for antenna placement. This also involves plumbing, electrical, fire protection, and HVAC repairs.
  • Specialized Systems: Integration of engineered integral RF shielded systems (ULTRA-RF/A and Xalon RF X25-RF/EMI Panel, both by Shielding Resources Group - SRG, justified as brand-name due to criticality for ICD 705 requirements), and repair of an existing Vertical Lifting Fabric Door (VLFD) using brand-name ASSA ABLOY specifications. Facility Related Control Systems (FRCS) will standardize on Automated Logic Corporation (ALC) WebCTRL and Johnson Controls International (JCI) Metasys products.
  • Environmental Mitigation: Sampling, staging, and offsite disposal of contaminated soil, treatment of contaminated groundwater and runoff, and disposal of AFFF concentrate/solution.
  • Construction Details: Specifications for Portland cement concrete pavement, unit masonry, board and block insulation, flashing and sheet metal, gypsum board, and prefabricated steel buildings are provided. Total Building Commissioning is required for various systems.

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP)
  • Magnitude: Between $100,000,000 to $250,000,000
  • Period of Performance: 1017 calendar days after notice to proceed
  • Set-Aside: Unrestricted, Full and Open Competition
  • NAICS Code: 236220 (Construction Of Miscellaneous Buildings)
  • DPAS Priority Rating: DO-C2

Submission & Evaluation

  • Proposal Due Date: March 31, 2026, at 2:00 PM ET.
  • Submission Method: Electronically via the Procurement Integrated Enterprise Environment (PIEE) platform.
  • Evaluation Factors: Corporate Experience, Management Approach and Schedule, Safety, Past Performance, and Small Business Utilization and Participation. Technical factors are of equal importance to each other and, when combined, are equal in importance to the past performance factor. Non-cost/price factors are approximately equal to price.
  • CMMC Requirement: Contractors and subcontractors must meet Cybersecurity Maturity Model Certification (CMMC) Level 2 (Self).
  • Small Business Participation: Mandatory Attachment F (Small Business Participation Commitment Document) requires a minimum of 20% total Small Business subcontracting. Large businesses must submit Attachment G (Individual Small Business Subcontracting Plan).

Key Attachments & Notes

  • Price Proposal Form: Bidders must use the revised "Attachment H - Price Proposal Form_rev1.pdf" and provide unit prices and extended totals for all line items and options; failure to do so will result in rejection.
  • Pre-Proposal Inquiries (PPIs): Responses to PPIs have been issued, and bidders should review these for clarifications.
  • Site Visit: A site visit occurred on February 18, 2026.
  • Contact: All correspondence should be directed to Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
View
View
View
View
Download
Download
Download
Download

Versions

Version 10
Solicitation
Posted: Mar 25, 2026
View
Version 9
Solicitation
Posted: Mar 25, 2026
View
Version 8Viewing
Solicitation
Posted: Mar 19, 2026
Version 7
Solicitation
Posted: Mar 19, 2026
View
Version 6
Solicitation
Posted: Mar 9, 2026
View
Version 5
Solicitation
Posted: Feb 25, 2026
View
Version 4
Solicitation
Posted: Feb 12, 2026
View
Version 3
Solicitation
Posted: Feb 5, 2026
View
Version 2
Solicitation
Posted: Jan 26, 2026
View
Version 1
Special Notice
Posted: Dec 22, 2025
View