ASRC Prime Constructors LLC,* Anchorage, Alaska (N62478-24-D-4017); AYKO Group-WA Patriot JV LLC,* Honolulu, Hawaii (N62478-24-D-4018); CCI Facility Support Services LLC,* Mililani, Hawaii (N62478-24-D-4019); Corbara Building Group Corp.,* National City, California (N62478-24-D-4020); D7 LLC, doing business as Dawson D7,* Honolulu, Hawaii (N62478-24-D-4021); GSINA-Pacific JV II LLC,* Flemington, New Jersey (N62478-24-D-4022); Pacific Federal Builders LLC,* Honolulu, Hawaii (N62478-24-D-4023); Silver Mountain Construction LLC,* Honolulu, Hawaii (N62478-24-D-4024); and TCG Construction Inc.,* Meridian, Idaho (N62478-24-D-4025), are awarded a combined $248,000,000 indefinite-delivery/indefinite-quantity, multiple award, design-build (DB)/design-bid-build (DBB) construction contract for new construction, repair, alteration, and related demolition of existing infrastructure within the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii area of operations (AO). The work to be performed provides for, 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 DB or DBB for infrastructure. Each awardee will be awarded $5,000 (minimum contract guarantee per awardee) at contract award. The maximum combined dollar value, including the base period and four option years, for all nine contracts is $248,000,000. Work will be performed primarily within the NAVFAC Hawaii AO, and is expected to be completed by October 2028. Fiscal 2024 operation and maintenance, Navy funding in the amount of $45,000 will be obligated at time of award and will expire at the end of the current fiscal year. Future task orders will be primarily funded by operations and maintenance, Navy; and Navy working capital funds. This contract was competitively procured via SAM.gov website with 15 offers received. NAVFAC Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.