Search Contract Opportunities

Design-Build/Design-Bid-Build Service Disabled Veteran Owned Small Business Multiple Award Construction Contract (DB/DBB SDVOSB MACC), Various Locations, State of Hawaii   2

ID: N6247826R4059 • Type: Presolicitation • Match:  90%
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
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

$350M Design-Build (DB)/Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Service-Disabled Veteran Owned Small Business (SDVOSB) Multiple Award Construction Contract (MACC), Various Locations, State of Hawaii. This procurement is set aside for service-disabled veteran owned small business; the source selection will require both technical and price proposals. This procurement consists of one solicitation with the intent to award multiple firm-fixed-price (FFP) IDIQ type contracts. The Government reserves the right to cancel the procurement if only one proposal is received that offers the best value to the Government.

The work includes but is not limited to labor, supervision, tools, materials and equipment necessary to perform new construction, repair, alteration and related demolition of existing infrastructure based on design-build (DB) or design-bid-build (DBB) (full plans and specifications) for infrastructure within the State of Hawaii. . Infrastructure is defined as (1) industrial buildings and warehouses; (2) nonresidential buildings, other than industrial buildings and warehouses; or (3) improvements such as utilities, landscaping, airfields, and roadways. The areas of consideration will include, but not be limited to, Navy, Marine Corps, Air Force and miscellaneous Federal and other facilities in NAVFAC Hawaii's area of responsibility. Task orders will be issued for the work that may require design and construction services. In support of the DB work, the Contractor shall employ the services of an architect/engineering design efforts in all aspects of general building and new renovation projects. The proposed contract listed here is 100 percent limited to qualifying SDVOSB firms. The Government will not consider offers from other than SDVOSB firms.

The basis of award is to award to the offerors whose proposals, conforming to the Request for Proposal (RFP), provides the best value to the Government, considering both price and technical factors. The evaluation factors are anticipated to be: (1) Technical approach, (2) Corporate Experience, (3) Past performance, (4) Safety, (5) Technical solution, and (6) Price. Price proposals will be FFP lump-sum pricing for a sample project. The combined non-cost/price factors will be approximately equal to price.

The contract period of performance is anticipated to consist of a five-year base period and one three-year option period for a total maximum duration of eight years. The estimated aggregate maximum dollar value, including the base period and option period, is $350 Million. The minimum and maximum task order limits will be $150 Thousand to $5 Million, respectively, and task orders will be competed among the MACC awardees. Work authorized under this MACC will be ordered by the Government through issuance of a task order. The Government makes no representation to the number of task orders or actual amount of work to be ordered under this MACC; however, during the term of the contract, there will be a minimum guarantee of $3,000 per contractor. The minimum guarantee may be met by the issuance of a task order during either the base period or option period. Contractors are not guaranteed work in excess of the minimum guarantee. There are no additional minimum guarantees that will be obligated for the option period.

The solicitation will be available in electronic format only through the Procurement Integrated Enterprise Environment (PIEE). Prospective offerors MUST register on https://piee.eb.mil/ and request the Proposal Manager role to view and/or download the solicitation through the solicitation module. For technical support or questions, please contact PIEE at 866-618-5988 or open a help desk ticket with https://piee.eb.mil/xhtml/unauth/web/homepage/vendorCustomerSupport.xhtml. No hard copies of the solicitation will be provided and it is the offeror's responsibility to check the PIEE website for the solicitation and any amendments. No other notice of solicitation activity will be provided to interested offerors.

To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. Please note that registration can take up to ten business days to become active. For instructions on registering with SAM, please see the SAM website at https://www.SAM.gov/.

This presolicitation notice does not constitute a commitment on the part of the Government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the Government for any purpose.

Background
The U.S. Government is issuing a $350 million Design-Build (DB)/Design-Bid-Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) contract specifically set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB).

The contract aims to support various construction projects within the State of Hawaii, focusing on enhancing infrastructure for Navy, Marine Corps, Air Force, and other federal facilities under NAVFAC Hawaii's jurisdiction.

Work Details
The scope of work includes labor, supervision, tools, materials, and equipment necessary for new construction, repair, alteration, and demolition of existing infrastructure.

Infrastructure is defined to include:
1) industrial buildings and warehouses;
2) nonresidential buildings other than industrial;
3) improvements such as utilities, landscaping, airfields, and roadways.

The contractor will be responsible for employing architect/engineering services for all aspects of general building and renovation projects. Task orders will be issued that may require both design and construction services.

Period of Performance
The anticipated period of performance consists of a five-year base period with one three-year option period, totaling a maximum duration of eight years.

Place of Performance
Various locations within the State of Hawaii.

Overview

Response Deadline
Feb. 11, 2026, 3:00 p.m. EST Past Due
Posted
Jan. 27, 2026, 1:35 p.m. EST
Set Aside
Service Disabled Veteran Owned Small Business (SDVOSBC)
Place of Performance
JBPHH, HI 96860 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
$3,000 - $350,000,000 (value based on agency estimated range)
Odds of Award
77%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
67% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 1/27/26 NAVFAC Hawaii issued Presolicitation N6247826R4059 for Design-Build/Design-Bid-Build Service Disabled Veteran Owned Small Business Multiple Award Construction Contract (DB/DBB SDVOSB MACC), Various Locations, State of Hawaii due 2/11/26. The opportunity was issued with a Service Disabled Veteran Owned Small Business (SDVOSBC) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1JZ.
Primary Contact
Name
Shae Ishimoto   Profile
Phone
(808) 471-2540

Secondary Contact

Name
Tyler Moon   Profile
Phone
(808) 603-0660

Documents

Posted documents for Presolicitation N6247826R4059

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation N6247826R4059

Incumbent or Similar Awards

Contracts Similar to Presolicitation N6247826R4059

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N6247826R4059

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N6247826R4059

Experts for Design-Build/Design-Bid-Build Service Disabled Veteran Owned Small Business Multiple Award Construction Contract (DB/DBB SDVOSB MACC), Various Locations, State of Hawaii

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC PACIFIC CMD > NAVFAC HAWAII > NAVFAC ENGINEERING COMMAND HAWAII
FPDS Organization Code
1700-N62478
Source Organization Code
100513876
Last Updated
Feb. 27, 2026
Last Updated By
shae.n.ishimoto.civ@us.navy.mil
Archive Date
Feb. 26, 2026