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 the DESIGN-BID-BUILD P-222: MQ-25 AIRCRAFT LAYDOWN FACILITIES project at Naval Station Norfolk, Norfolk, VA. This is an unrestricted, full and open competition for a Firm-Fixed-Price construction contract. Proposals are due March 31, 2026, at 2:00 PM ET.
Scope of Work
This comprehensive project involves the construction of a two-story annex to support the existing Hangar LP48, a Ground Based Detection and Avoidance (GBDAA) System radar tower, and extensive renovation of the existing LP48 hangar. Key deliverables include:
- Annex Construction: Maintenance shops, secured storage, Unmanned Carrier Aviation Mission Control System (UMCS) spaces, Weapons Training Unit (WTU) operational trainer, Aerial Refueling Storage (ARS) Workcenter, and personnel support areas.
- GBDAA Tower: Construction of the radar tower with electrical and fiber optic tie-ins.
- Hangar Renovation: Additions for tool rooms, battery charging/storage, RCS Shelter, Command functions, and a stair/catwalk for antenna placement. This includes plumbing, electrical, fire protection, and HVAC repairs.
- Specialized Systems: Repair of the existing high bay Vertical Lift Fabric Door (VLFD) (ASSA ABLOY brand-name justified), and installation of RF shielding products (SRG brand-name justified) to meet ICD 705 requirements for secure areas. Interior finishes will follow a "brand name or equal" approach.
- Environmental Mitigation: Sampling, staging, and offsite disposal of contaminated soil, treatment of contaminated groundwater/runoff, and disposal of AFFF concentrate/solution.
- General Construction: Includes detailed specifications for building commissioning, Portland cement concrete pavement, unit masonry, gypsum board, board and block insulation, flashing and sheet metal, prefabricated steel buildings, fire alarm and mass notification systems, and electrical systems.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP)
- Period of Performance: 1017 calendar days after notice to proceed.
- Magnitude of Construction: Between $100,000,000 to $250,000,000.
- NAICS Code: 236220 (Commercial and Institutional Building Construction) with a $45,000,000 size standard.
- DPAS Priority Rating: DO-C2.
- CMMC Requirement: Contractors and subcontractors must meet CMMC Level 2 (Self).
Submission & Evaluation
- Proposal Due Date: March 31, 2026, at 2:00 PM ET.
- Submission Method: Electronically via PIEE.
- Evaluation Factors: Corporate Experience, Management Approach and Schedule, Safety, Past Performance, and Small Business Utilization and Participation. Non-cost/price factors are approximately equal to price.
- Bid Bond: Required (20% of total bid price or $3M, whichever is less).
- Site Visit: A site visit was held on February 18, 2026.
Key Contact
All correspondence should be directed to Catharine Keeling at catharine.a.keeling.civ@us.navy.mil.