Search Contract Opportunities

DB/DBB, IDIQ Multiple Award Construction Contract (MACC) Large Projects Hampton Roads AOR, VA

ID: N4008526R0046 • Type: Sources Sought • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME.

The intent of this notice is to conduct market research to determine if sources capable of satisfying this agency's requirements exist.

The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible Small Businesses,

HUBZone Small Businesses, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable of performing design and construction services for a Design-Build (DB)/Design-Bid-Build (DBB), Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities primarily in the Hampton Roads Area of Responsibility, Virginia.

This contract(s) will require the ability to manage multiple task orders concurrently across the identified AOR. This MACC will encompass a wide range of DB and DBB projects that include, but are not limited to, new construction, demolition, repair, alteration, and renovation of buildings, systems and infrastructure. Types of facilities may include, but not limited to, administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, airfields, hangers, roads, etc. Lead or asbestos abatement may be required. Work in explosive facilities may be required. The selected contractor(s) will be responsible for all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the drawings and specifications provided for each individual project.

It is anticipated that at least (5) contracts will be awarded as a result of this potential solicitation. The duration of the contract(s) will be for one (1) year from the date of contract award with four (4) one-year option periods. The total five-year (base and four one-year options) estimated construction cost for all contracts will not exceed $975,000,000.00 for the life of the contract. Projects awarded on this MACC will have an estimated construction cost of approximately $15,000,000 to $50,000,000.00; however, smaller and larger dollar value projects may be considered. Firms shall demonstrate a minimum bonding capacity per project of at least $50,000,000 and an aggregate bonding capacity of $175,000,000.

Projects shall be in conformance with all applicable referenced criteria per the design/construction standards, laws and regulations, including applicable building, fire life-safety codes, and environmental regulations as outlined at:

http://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufc

The appropriate Northern American Industry Classification System (NAICS) code for the majority of projects under this MACC is 236220 Commercial and Institutional Building Construction, and the Small Business Size Standard is $45,000,000.

The procurement method utilized is the Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation.

Interested small business contractors must be able to comply with FAR Clause 52.219-14, Limitation on Subcontracting.

If adequate interest is not received from Small Business concerns, the solicitation will be issued as unrestricted without further notice.

It is requested that interested small businesses respond to this sources sought announcement by using the Sources Sought Contractor Information Form and Sources Sought Project Information Form, provided as attachments to this notice. These forms are required. Information not provided may prohibit your firm from consideration. The following information shall be provided:

The Sources Sought Project Information Form shall be used to document a minimum of three (3) and a maximum of five (5) relevant construction projects completed in the past ten (10) years that best demonstrate your experience on relevant projects that are similar in size, scope and complexity to the projects proposed for this MACC.

A relevant project is further defined as:

Size: A final construction cost of $30,000,000 or greater. At least one (1) project must have a final construction cost of $75,000,000 or greater.

Scope/Complexity: Individual projects shall demonstrate experience with at least one of the following:

  • New installation/construction of commercial and industrial buildings and related structures
  • Replacement of commercial and industrial buildings and related structures
  • Interior/exterior alteration or renovation of a building that include repairs to multiple building systems and infrastructures

Additionally, submitted relevant projects shall demonstrate the following characteristics:

  1. Offerors shall have acted as the prime contractor on all submitted projects. Offeror's experience performing as a subcontractor will not be considered, nor will experience of companies proposed to work as subcontractors on the awarded contract
  2. Experience with both new construction (at least one (1) project) and renovation (at least one (1) project)
  3. Experience with design-build projects (at least one (1) project)
  4. Experience with new building construction of a building(s) with a final construction cost of $75,000,000 or greater (at least one (1) project)

Note: Projects submitted that only include horizontal or civil site work will not be considered.

Ensure that the project description clearly identifies whether or not the project is new construction or renovation, the final construction cost, and addresses how the project meets the scope/complexity requirements.

For purposes of evaluating capability, the Offeror is defined as the prime contractor, as well as their proposed first-tier small business subcontractors, that demonstrate experience on relevant projects that meet size, scope and complexity.

In accordance with 13 CFR 125.2(g), small business Offerors may utilize the experience of a small business first-tier subcontractor(s) to demonstrate experience under this capability evaluation if the Offeror cannot independently satisfy the experience requirement as defined above. In order to utilize the experience of a small business first-tier subcontractor(s), the offeror must specifically identify the proposed small business first-tier contractor(s) in its capability package in accordance with this notice. The Offeror or, if a small business Offeror, its small business first-tier subcontractor, shall have been the prime contractor on all submitted projects. The Government notes that 13 CFR 125.2(g) is specific to only small business Offerors and named small business first-tier subcontractors. As such, the small business Offeror is not permitted to use the experience of a large business subcontractor or large business corporate affiliate in place of its own if the small business Offeror cannot independently satisfy the experience requirement as defined above.

Please note that if you are responding as an 8(a) Mentor-Prot g , you must indicate the percentage of work to be performed by the prot g . A copy of the SBA letter stating that your 8(a) Mentor-Prot g agreement has been approved would be required with your proposal, if requested.

The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities.

This notice is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. Upon review of industry response to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government's best interest. Large Business submittals will not be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice.

The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended.

Responses are due on 02 January 2026 by 2:00 P.M. local time. The submission package shall ONLY be submitted electronically to Ashlee Beggs at ashlee.r.beggs.civ@us.navy.mil and MUST be limited to a 4MB attachment. You are encouraged to request a read receipt . Responses received after the deadline or without the required information will not be considered.

Questions or comments regarding this notice may be addressed by email to ashlee.r.beggs.civ@us.navy.mil.

Background
The Naval Facilities Engineering Command, Mid-Atlantic is conducting market research to identify eligible Small Businesses, HUBZone Small Businesses, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable of performing design and construction services for a Design-Build (DB)/Design-Bid-Build (DBB), Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) primarily in the Hampton Roads Area of Responsibility, Virginia.

The goal of this contract is to manage multiple task orders concurrently across the identified area of responsibility and to encompass a wide range of construction projects.

Work Details
The MACC will include various types of projects such as new construction, demolition, repair, alteration, and renovation of buildings, systems, and infrastructure. Facilities may include administrative buildings, industrial sites, maintenance facilities, warehouses, communication centers, personnel support areas, recreational spaces, lodging facilities, medical centers, training ranges, airfields, hangars, and roads.

Additional requirements may involve lead or asbestos abatement and work in explosive facilities. Contractors will be responsible for all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation necessary to complete the services outlined in project specifications.

Place of Performance
Hampton Roads Area of Responsibility, Virginia.

Overview

Response Deadline
Jan. 2, 2026, 2:00 p.m. EST Past Due
Posted
Dec. 18, 2025, 4:47 p.m. EST
Set Aside
None
Place of Performance
VA 23511 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Est. Value Range
$15,000,000 - $975,000,000 (value based on agency estimated range)
Odds of Award
70%
Vehicle Type
Indefinite Delivery Contract
On 12/18/25 Naval Facilities Engineering Command issued Sources Sought N4008526R0046 for DB/DBB, IDIQ Multiple Award Construction Contract (MACC) Large Projects Hampton Roads AOR, VA due 1/2/26. The opportunity was issued full & open with NAICS 236220 and PSC Y1JZ.
Primary Contact
Name
Ashlee Beggs   Profile
Phone
None

Secondary Contact

Name
CATHARINE Keeling   Profile
Phone
(757) 341-0150

Documents

Posted documents for Sources Sought N4008526R0046

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Sources Sought N4008526R0046

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N4008526R0046

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N4008526R0046

Experts for DB/DBB, IDIQ Multiple Award Construction Contract (MACC) Large Projects Hampton Roads AOR, VA

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC MID-ATLANTIC > NAVAL FAC ENGINEERING CMD MID LANT
FPDS Organization Code
1700-N40085
Source Organization Code
100513874
Last Updated
Dec. 18, 2025
Last Updated By
catharine.a.keeling@navy.mil
Archive Date
Jan. 17, 2026