- 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
Sigonella Multiple Award Construction Contract
Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: Sigonella, Sicilia • Italy. Response deadline: Apr 19, 2026. Industry: NAICS 236220 • PSC Y1AZ.
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.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
Point of Contact
Agency & Office
More in NAICS 236220
Description
The Naval Facilities Engineering Systems Command (NAVFAC) Europe, Africa, Central (EURAFCENT) Naples, Italy is preparing to issue a solicitation that will result in an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple-Award Construction Contract (MACC). The purpose of this MACC is to execute sustainment, restoration, and modernization (SRM) projects, alteration, demolition, repair, Special Projects, Energy Projects and new construction or expansion of any type of facilities or real property assets, including waterfront or airfield facilities for Department of War activities at Naval Air Station Sigonella NAS-1 Support Base, NAS-2 Airfield, NAS Sigonella Weapons Area, Augusta Bay NATO Pier and NRTF Niscemi. Work may be required in other areas if deemed necessary and approved by the NAVFAC EURAFCENT Chief of Contracts. Construction projects to be performed will primarily consist of general building type projects (new construction, renovations, alterations, demolition, repair work, and any necessary design) including: waterfront, pier, quay, industrial, airfield, aircraft hangar, infrastructure, administrative, training, retail, food service, dormitory, community support facilities and both vertical and horizontal construction. Projects will be executed through firm-fixed price (FFP) Design-Bid-Build or Design-Build task orders, or even a combination of both.
The intent of this notice is to identify potential offerors for market research purposes. The Procurement Method will be issued using full and open competition, utilizing the two-phase design-build selection procedures discussed at FAR subpart 36.3, resulting in a single solicitation covering both phases. The Government intends to award this MACC to approximately five contractors. The Government will give fair consideration to all awardees in placing orders based on criteria stated in the solicitation. The NAICS Code for this procurement is 236220. The contract term will be a base period of 36-months, one 24-month option period, and three 12-month option periods. Only the base period of the contract will offer a minimum guarantee of $5,000. The Government may require the contractor to continue performance for an additional period up to six months under the Option to Extend the Term of the Contract clause. The total amount of orders that may be placed under this MACC shall not exceed $175 Million. Task orders may range from $500,000 to $5,000,000.
Award of the MACC is anticipated to occur in Q2 of FY27. Offerors can view and/or download the resultant solicitation, and any attachments, at https://piee.eb.mil/xhtml/unauth/home/login.xhtm under PIEE (Procurement Integrated Enterprise Environment) Solicitation Module when it becomes available.
Potential offerors who are interested in this acquisition are requested to provide a limited capabilities statement that describes the firms experience in performing Design-Bid-Build or Design-Build work that is of a similar size, scope, and magnitude as described in this announcement. Include the Agency who issued the contract, contract number, duration of the contract, description of the work performed, and total dollar amount or maximum amount of the contract. Provide no more than two example projects, and limit submission to ten pages. Comments on the proposed acquisition strategy may be included and do not count toward the page limit.
Interested parties should respond no later than 2:00 p.m. CEST on 20 April 2026. Please submit responses to matthew.r.lewis52.civ@us.navy.mil and morgan.b.danner.civ@us.navy.mil.
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.