Navigate the lattice: hubs for browsing, trends for pricing signals.
This procurement is for a multiple award construction contract (MACC) and is being advertised as a total set-aside for Women-Owned Small Business (WOSB) concerns. This procurement will use the two-phase design-build selection procedures and will consist of one solicitation covering both phases with the intent to award approximately five (5) or more Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts to the responsible offerors whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the best value, price and other factors considered.
This is an IDIQ contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his/her properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. The work to be acquired under this solicitation is for new construction, renovation, and/or repair, by design-build or design-bid-build, of commercial and institutional facilities at various Government installations in Southern California and Arizona. However, it is anticipated that the majority of the work will be performed in Southern California.
Examples of relevant construction projects include: airport buildings, office/administrative buildings, communications facilities, vehicle maintenance facilities, armories, parking garages, barracks facilities, prison facilities, fire stations, religious buildings, hotels, dining facilities, hospital/medical facilities, warehouse facilities, school facilities, and/or retail facilities.
The North American Industry Classification System (NAICS) code is 236220 (Commercial and Institutional Building Construction), and the annual size standard is $45 million. The basic contract period will be for two (2) years. Each contract contains three (3) option periods of one (1) year each for a total maximum duration of five (5) years. The estimated maximum dollar value, including the base and option periods, for all contracts combined is $249,000,000. The only work authorized under this contract is work ordered by the government through issuance of a task order. Task orders will range between $100,000 and $7,000,000. Task orders may fall below or above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract. The government makes no representation as to the number of task orders or actual amount of work to be ordered; however, upon award of the contract, a minimum of $1,000 is guaranteed to be awarded to each awardee for the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee.
The Government intends to evaluate proposals and award contract(s) without discussions. Selection for award will be based on evaluation of the following: Phase One: Factor 1 - Technical Approach, Factor 2 - Experience, Factor 3 - Past Performance, and Factor 4 - Safety; Phase Two: Factor 5 - Technical Solution (based on Proposed Task Order 0001); and Factor 6 - Price (based on Proposed Task Order 0001). Source Selection procedures will be used and award may be made to the offeror(s) whose proposal is the most advantageous and offers the best value to the government, price and other factors considered.
Based on market research conducted, this acquisition is being restricted to Women-Owned Small Businesses and NAICS code 236220. The U.S. Small Business Administration (SBA) San Diego District Office and the NAVFAC SW Small Business Office concurred with this decision. In order to qualify as a Small Business contractor, companies must meet the requirements and steps listed at the SBA’s webpage at https://www.sba.gov/federal-contracting/contracting-assistance-programs/women-owned-small-business-federal-contract-program and have current registration in the System for Award Management (SAM) database. NOTE: SAM registrations are taking longer than usual to complete/process. This is especially true for newly formed Joint Ventures. Prospective offerors are highly encouraged to start the SAM registration prior to issue of the Request for Proposal.
THE SOLICITATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. The Phase One RFP will be posted on the System for Award Management (SAM) website under Contract Opportunities at https://sam.gov/content/opportunities on or after February 18, 2026. No hard copies will be provided. IT IS THE CONTRACTOR’S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AMENDMENTS TO THIS SOLICITATION. Prospective offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the website listed above.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.