- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Design-Build/Design-Bid-Build Service Disabled Veteran Owned Small Business Multiple Award Construction Contract (DB/DBB SDVOSB MACC), Various Locations, State of Hawaii
Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: HI. Response deadline: Feb 11, 2026. Industry: NAICS 236220 • PSC Y1JZ.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 236220
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.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.