Skip to content
Department of Defense

P683 AIRCRAFT ENGINE REPAIR FACILITY, NAVAL AIR STATION(NAS), JACKSONVILLE, FLORIDA

Solicitation: N6945026R0005
Notice ID: df7ded3e77834bbab63cd8e6571d99a8
TypePresolicitationNAICS 236220PSCY1AZDepartmentDepartment of DefenseAgencyDept Of The NavyStateFLPostedApr 10, 2026, 12:00 AM UTCDueApr 27, 2026, 07:00 PM UTCCloses in 18 days

Presolicitation from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: FL. Response deadline: Apr 27, 2026. Industry: NAICS 236220 • PSC Y1AZ.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: N6945026R0005. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.

12-month awarded value
$29,068,222,535
Sector total $37,282,666,276 • Share 78.0%
Live
Median
$3,054,050
P10–P90
$247,406$45,225,591
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
78.0%
share
Momentum (last 3 vs prior 3 buckets)
-91%(-$24,217,676,861)
Deal sizing
$3,054,050 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for FL
Live POP
Place of performance
Jacksonville, Florida • 32218 United States
State: FL
Contracting office
Nas Jacksonville, FL • 32212-0030 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
FL20260202 (Rev 1)
Match signal: state matchOpen WD
Published Jan 16, 2026Florida • Duval
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $28.00Fringe $12.30
Rate
CARPENTER (Includes Drywall Hanging and Form Work)
Base $23.63Fringe $13.30
+27 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 27 more rate previews.
Davis-BaconBest fitstate match
FL20260202 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Duval
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $28.00Fringe $12.30
Rate
CARPENTER (Includes Drywall Hanging and Form Work)
Base $23.63Fringe $13.30
Rate
ELECTRICIAN (Includes Low Voltage Wiring)
Base $35.60Fringe $14.97
+26 more occupation rates in this WD
Davis-Baconstate match
FL20260104 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Baker
Rate
ELECTRICIAN
Base $35.60Fringe $14.97
Rate
OPERATOR: Oiler
Base $24.84Fringe $13.60
Rate
IRONWORKER, STRUCTURAL AND REINFORCING
Base $29.50Fringe $12.98
+24 more occupation rates in this WD
Davis-Baconstate match
FL20260111 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Duval
Rate
ELECTRICIAN
Base $35.60Fringe $14.97
Rate
OPERATOR: Oiler
Base $24.84Fringe $13.60
Rate
IRONWORKER, STRUCTURAL
Base $29.50Fringe $12.98
+23 more occupation rates in this WD
Davis-Baconstate match
FL20260126 (Rev 1)
Open WD
Published Jan 16, 2026Florida • Nassau
Rate
ELECTRICIAN
Base $35.60Fringe $14.97
Rate
OPERATOR: Oiler
Base $23.05Fringe $13.60
Rate
IRONWORKER, STRUCTURAL
Base $29.50Fringe $12.98
+23 more occupation rates in this WD

Point of Contact

Name
Cynthia McMonigle
Email
cynthia.a.mcmonigle.civ@us.navy.mil
Phone
9045426606
Name
Lindsay Betteridge
Email
lindsay.e.betteridge.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVFAC
Office
NAVFAC ATLANTIC CMD • NAVFAC SOUTHEAST • NAVFACSYSCOM SOUTHEAST
Contracting Office Address
Nas Jacksonville, FL
32212-0030 USA

More in NAICS 236220

Description

PRE-SOLICITATION SYNOPSIS NOTICE ONLY: THE SOLICITATION WILL BE AVAILABLE ON OR ABOUT APRIL 27, 2026 AT HTTPS://SAM.GOV/. THE SOLICITATION NUMBER IS N6945026R0005, FOR THE DESIGN-BID-BUILD (DBB) CONSTRUCTION PROJECT FOR P683 AIRCRAFT ENGINE REPAIR FACILITY LOCATED AT NAVAL AIR STATION (NAS) JACKSONVILLE, FLORIDA

PROJECT TITLE: DESIGN BID BUILD (DBB) CONSTRUCTION PROJECT,  P683 AIRCRAFT ENGINE REPAIR FACILITY LOCATED AT NAVAL AIR STATION (NAS) JACKSONVILLE, FLORIDA

PSC: Y1JZ (Construction Of Miscellaneous Buildings)

NAICS: 236220 – Commercial and Institutional Building Construction

THIS IS NOT A REQUEST FOR PROPOSALS OR AN INVITATION FOR BID. NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation.  There is no bid package or solicitation currently available. In order to protect the procurement integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made.

Description

This acquisition may result in the award of a Design Bid Build (DBB) Firm Fixed Price (FFP) Construction contract for the reconstruction of an existing two-bay Engine Repair Facility and Parking Structure at NAS Jacksonville.  The P683 project consists of a facility design for the Engine Repair Facility located at NAS, Jacksonville, Florida and will support the Fleet Readiness Center Southeast (FRCSE) operations. The facility is proposed as an approximately 300,000 gross-square-foot (GSF) one-story engine repair facility with associated 20,000 GSF two-story support/office and administration areas. It is a steel-framed structure with a combination of precast concrete walls and metal panel system, a modified bitumen roof, and shallow bearing foundation system. The engine repair facility will include operational areas, maintenance spaces, storage and support spaces, and administrative areas. It will also include a Loading Area Weather Protection zone along the southern side of the facility. Built-in equipment includes 29 double-girder bridge dual hoist cranes (eleven 4.5-ton and eighteen 2-ton), crane rails, vertical storage system, and passenger elevator.  There are two existing administration buildings, 6F and 6G each, approximately 19,000 SF as well as a covered walkway that are scheduled to be demolished as part of this project. Occupants displaced from this demolition will be relocated to the administration extension on the engine repair facility. 

This project also includes construction of a 5-story Parking Garage for FRCSE.  Parking Garage will be 308,229 square feet and will accommodate 839 parking spots, gravel parking for 150 parking spots, and paved parking for 288 parking spots.  The following site features are included in this project: utility connections, paving, parking, walks, storm drainage, site improvements and low impact development measures. The existing site will be elevated above the 100-year flood plain and the proposed parking areas will be designed to ensure proper drainage to the retention areas and storm drainage infrastructures.   

The solicitation and contract will identify 1,017 calendar days (base and any options exercised) for contract completion from date of contract award.

The best value continuum source selection process to be used for this acquisition is the Tradeoff process as described in FAR 15.103-1. The Tradeoff process is appropriate when it may be in the best interest of the Government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror.

A sources sought notice was posted to sam.gov on October 10, 2025, requesting small business industry interested and capability statement. Based on responses from the notice it was determined that the requirement should be issued as Full and Open competition.  The NAVFAC Small Business Office Concurs with this determination.

The solicitation will be a negotiated DBB acquisition. Proposals will be solicited in a one-phase submission for a single solicitation. The solicitation will utilize source selection procedures, which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government. Award will be made to the offeror whose total price and technical proposal offers the best value to the Government.

Competition Requirements: Unrestricted basis, under full and open competition.

Procurement Method: FAR Part 15, Contracting by Negotiation.

Type of Contract: Firm-Fixed Price

The NAICS code for this construction solicitation is 236220 with a size standard of $45,000,000.

Project Magnitude is between $250,000,000 and $500,000,000.

This is a new procurement. It does not replace an existing contract. No prior contract information exists.

A Site Visit will be held for those offerors who choose to participate (exact date and time will be specified in the solicitation). Proposals will be due no earlier than 30 days after the solicitation is released (exact date and time will be specified in the solicitation).

This will be an electronic solicitation, which can be downloaded from Sam.gov Opportunities at https://sam.gov/. The solicitation will be available at this site no earlier than 15 days after this pre-solicitation notice is posted. Offerors are responsible for checking the Sam.gov website for the solicitation and any subsequent amendments that may be issued. NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING WITH THE SYSTEM FOR AWARD MANAGEMENT (SAM). PLEASE VISIT THE SAM WEBSITE AT https://www.sam.gov FOR INSTRUCTIONS ON HOW TO REGISTER.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.