N4008525R2639 DESIGN-BID-BUILD P-222: MQ-25 AIRCRAFT LAYDOWN FACILITIES, NAVAL STATION NORFOLK, NORFOLK, VA
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 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, Virginia. This unrestricted, full and open competition opportunity involves constructing a new two-story annex, a Ground Based Detection and Avoidance (GBDAA) System radar tower, and renovating the existing LP-48 hangar. Proposals are due March 31, 2026, at 2:00 PM ET.
Scope of Work
The project encompasses comprehensive construction and renovation activities. Key elements include:
- New Construction: A two-story annex (LP-48A) featuring maintenance shops, secured storage, Unmanned Carrier Aviation Mission Control System (UMCS) spaces, and personnel support areas. This annex will have reinforced concrete masonry unit (CMU) walls and metal panel veneer, with secure areas requiring specific RF shielding products (SRG ULTRA-RF/A and Xalon RF X25-RF/EMI Panel) to meet ICD 705 requirements. A GBDAA System radar tower will also be constructed with electrical and fiber optic tie-ins.
- Renovation & Additions: Extensive renovation of the existing LP-48 hangar, including new tool rooms, battery charging/storage, an RCS Shelter, Command functions, and a stair/catwalk for antenna placement. The existing high bay Vertical Lifting Fabric Door (VLFD) will be repaired, with brand-name specifications for ASSA ABLOY products due to compatibility.
- Infrastructure: Upgrades to plumbing, electrical, fire protection, and HVAC systems.
- Environmental Mitigation: Sampling, staging, and offsite disposal of contaminated soil, treatment of contaminated groundwater and runoff, and disposal of AFFF concentrate/solution.
- Sustainability: Facilities will incorporate features for lowest practical life cycle cost solutions and maximize energy efficiency.
- Detailed Specifications: Documents provide requirements for unit masonry, board and block insulation, flashing and sheet metal, gypsum board, prefabricated steel buildings, interior fire alarm and mass notification systems, Portland cement concrete pavement, and total building commissioning. Geotechnical reports, electrical schedules, and crane data sheets are also provided.
Contract Details
- Type: Firm-Fixed-Price (FFP) Design-Bid-Build
- 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 (Commercial and Institutional Building Construction)
- Size Standard: $45,000,000
- 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) system. Bidders must register for a PIEE account and obtain the 'Proposal Manager' role.
- Evaluation Factors: Proposals will be evaluated on 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.
- Mandatory Forms: Bidders must use Attachment H - Price Proposal Form_rev1, and complete Attachment F - Small Business Participation Commitment Document (SBPCD) (minimum 20% SB subcontracting). Large businesses must submit Attachment G - Individual Small Business Subcontracting Plan.
- Cybersecurity: Compliance with CMMC Level 2 (Self) is required.
- Bid Bond: A bid bond of 20% of the total project bid price or $3M, whichever is less, is required.
Important Notes
A site visit occurred on February 18, 2026. All correspondence should be directed to Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.